Annual SAN Maintenance Renewal
ID: F2B0BB5335AW02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirement for the FY26 Annual SAN Maintenance Renewal for the 66th Air Base Group Communications and Information Division (66ABG/SC) at Hanscom AFB, MA. The SOW, dated November 26, 2025, details the purchase and renewal of maintenance support for the existing Storage Area Network (SAN). The contractor is required to deliver maintenance support coverage through January 31, 2027, within seven days of contract award via email. The specific requirements include various IBM FlashSystem and TS4300 Tape modules, along with associated on-site repair, media retention, and normal business hours support, all with a performance period from February 1, 2026, to January 31, 2027. The project manager is Donn E DeSilva, and the contractor must notify the project manager upon shipping.
    This document is a Combined Synopsis/Solicitation (Request for Quote - RFQ) for the FY26 Annual SAN Maintenance Renewal, issued as a Total Small Business Set-Aside. The solicitation number is F2B0BB5335AW02. The requirement is to provide maintenance support renewal for an existing Storage Area Network (SAN) with a period of performance from February 1, 2026, to January 31, 2027. Quotes must adhere to specific instructions, including using the attached bid schedule (not exceeding two decimal places) and a total quote page limit of twenty-five. Offerors must be registered in SAM with a Small Business certification under NAICS code 514519 ($34,000,000.00 size standard) and provide specific representations regarding telecommunications and video surveillance equipment. Evaluation will be based on the Lowest Evaluated Price of Technically Acceptable quotes. Key attachments include a Statement of Work, Bid Schedule, and Single-Source Justification. All questions are due by December 17, 2025, and offers by January 5, 2026, both by 2:00 PM ET, and must be emailed to the Contract Specialist and Contracting Officer.
    This government file details a request for annual SAN (Storage Area Network) maintenance renewal for various IBM FlashSystem and tape storage units. The maintenance covers a range of IBM hardware, including FlashSystem 7200 NVMe Control Enclosures, FlashSystem 5000 LFF and SFF Expansion Enclosures, FlashSystem 5030 LFF and SFF Control Enclosures, and TS4300 Tape Modules. Services include on-site repair with different response times (ORT=SD, 24x7, or normal business hours), media retention, and IBM Support Insights Pro. Each item is listed with its manufacturer part number, description, quantity (1 Lot), and serial number, with a maintenance period spanning from February 1, 2026, to January 31, 2027. The document aims to secure ongoing support for critical storage infrastructure.
    The document is a Single Source Justification for the annual renewal of maintenance and support for an existing IBM Storage Area Network (SAN) and Tape Library at Hanscom's 66ABG/SC division. The justification states that the IBM infrastructure conforms to DOD-approved standards and is essential for compatibility, performance, and configuration standardization. While acknowledging significant small business competition for this type of requirement, the contracting activity intends to acquire this brand-name product through a competitive small business process via SAM.gov. Steps will be taken to monitor market trends to preclude future single-source awards. The Contracting Officer determined that a single source is reasonably available for this contract action in accordance with FAR 13.106-1(b)(1).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    FY23 Virtualization Hyperconverge Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    Red LAN Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.
    Vertical storage unit repair and maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement involves comprehensive preventive maintenance and repair services for 17 vertical carousels and 24 vertical lift modules, ensuring compliance with OEM recommendations and safety standards, with a contract value estimated at $12,500,000 over three years. These services are critical for maintaining operational efficiency and extending the lifespan of the automated storage systems. Interested vendors must submit their quotes electronically by December 14, 2025, and can contact Michael Pitone or Lawrence Mark for further information.
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.